SOLICITATION NOTICE
78 -- Piegan Playground
- Notice Date
- 3/6/2020 6:23:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- DHS CUSTOMS AND BORDER PROTECTION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 20117151_01
- Response Due
- 3/20/2020 12:00:00 AM
- Archive Date
- 09/16/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 20117151_01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 713990 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-20 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: LI 001: Playground and Installation (in accordance with attached Statement of Work), 1, Lot; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price durinU. S. Naval Test Pilot School (USNTPS) at Patuxent River, MD announces its intention to solicit and negotiate a firm fixed-price (FFP) purchase order on a sole source basis with: Elliot Aviation, Inc. (CAGE: 1L0Q4) 6601 74th Ave. Milan, Illinois, 61264-3203 United States The USNTPS requirement for the purchase of a portable desktop trainer aims to support aircrew familiarization and procedure training for when the C-12 aircraft is retrofitted with the G-1000 cockpit/avionics. Under the authority of FAR�Part 12 and FAR Part 13, this announcement is a Request for Quote (RFQ).�� ELIGIBILITY This requirement is being synopsized as a small business set aside acquisition under the North American Industry Classification System (NAICS) Code 611512, Size Standard of $30.0M; PSC Code U099. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE 018 March 2020 to 30 April 2020 ANTICIPATED CONTRACT TYPE This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability. REQUIREMENTS Please see attached Solicitation for specifications. SUBMITTAL INFORMATION Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Government will award on a lowest priced - technically acceptable basis. Your quote will only be evaluated on the information you provide with your quote. This is firm-fixed price procurement; therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. The following address and point of contact is provided: Name: Jeffrey T. Weathers, Phone: (301) 995-2683, Email address: benjamen.morgan@navy.mil and Joe Merritt, Phone (301) 342-4823, Email address: joe.merritt@navy.mil. Please provide the following information with your quote: 1. Company Name: 2. CAGE Code: 3. DUNS #: 4. Payment Terms of NET 30. 5. Pricing - are these items on a commercial published, on-line, or internal Price list. 6. If available on a price list provide a copy. All price listings will be kept confidential. 7. If not available on a price list please provide information on how pricing is determined (example: item cost + %, labor rate and materials, etc.) 8. Estimated Delivery Date or Period of Performance: 9. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30 Days. As of October 1, 2007 it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/670a9f147ce24838849e3ad783fa8c10/view)
- Place of Performance
- Address: See Place of Performance.
- Record
- SN05582261-F 20200308/200307085920 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |